Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

J -- Sanitary Tank Cleaning USS PITTSBURGH

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Naval Shipyard Annex Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N0018912QPB26
 
Response Due
8/15/2012
 
Archive Date
8/16/2013
 
Point of Contact
Emily Bateman 207-438-6819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is N00189-12-Q-PB26. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 2012-0724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/fac.html and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 562998, Other Miscellaneous Waste Management Services. This requirement is a 100% Small Business Set-Aside. Line Items: 0001: SANITARY TANK SERVICES. Contractor shall clean sanitary tank #2 aboard the USS PITTSBURGH SSN 720 at Groton, CT in accordance with the attached Statement of Work (SOW). Sanitary Tank #1 is 2500 GAL. The estimated start date for this job is 08 September 2012. Contractor is required to have all security clearances for the company and employees performing work aboard the submarine. Quantity: 1 JOB Total Amount $______________ 0002: SANITARY TANK SERVICES. Contractor shall clean sanitary tank #2 aboard the USS PITTSBURGH SSN 720 at Groton, CT in accordance with the attached Statement of Work (SOW). Sanitary Tank #2 is 2500 GAL. The estimated start date for this job is 24 September 2012. Contractor is required to have all security clearances for the company and employees performing work aboard the submarine. Quantity: 1 JOB Total Amount $______________ 0003: SANITARY TANK SERVICES. Contractor shall clean sanitary tank #2 aboard the USS PITTSBURGH SSN 720 at Groton, CT in accordance with the attached Statement of Work (SOW). Sanitary Tank #3 is 2500 GAL. The estimated start date for this job is 29 Sepetember 2012. Contractor is required to have all security clearances for the company and employees performing work aboard the submarine. Quantity: 1 JOB Total Amount $______________ 0004: DATA REQUIREMENT, EXH A001. Contractor is required to complete the attached Contract Data Requirements List (CDRL) upon contract completion. Attachment 1 “ Request for Quote Sheet Attachment 2 “ Statement of Work Attachment 3 “ Wage Determination 2005-3024 Attachment 4 “ NAVSEA STD ITEM 009-04 FY-12 Exhibit A “ Contract Data Requirements List The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.223-11, Ozone-Depleting Substances-Commercial Items; 52.253-1, Computer Generated Forms-Commercial Items; 52.233-3, Protest After Award; 52.211-15, Defense Priority and Allocation Requirements; 52.242-15, Stop-Work Order; 52.242-17 Government Delay of Work; and 52.246-1, Contractor Inspection Requirements. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Includes 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.204-10 Reporting Executive Compensation and First-Tier Subcontracting Awards, 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarrment, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Aside, 52.219-13 Notice of Set-Aside Orders, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer “ Central Contractor Registration, 52.222-41 Service Contract Act of 1965, and 52.222-42 Statement of Equivalent Rates for Federal Hires. The following DFARS provisions and clauses are applicable to this procurement: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 and 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008), and 252.232-7006 (WAWF) PAYMENT INSTRUCTIONS (April 2008) DFARS CLAUSES 252.225-7008, 252.225-7035 (Alt 1), 252.225-7034 (Alt 1), and Clause M8 œSingle Award for All Items  applies (award will be made on an all-or-none basis). Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes or affirmatively state ORCA records are completed online. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. All quotes will be evaluated on a Lowest Price, Technically Acceptable (LPTA) basis. Department of Labor Wage Determination 2005-3024 (REV 15) dated 15 August 2012 applies to this procurement for services. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. This announcement will close at 02:00 PM EST on Wednesday August 15, 2012. Contact Contract Specialist Emily Bateman who can be reached at 207-438-6819 or email Emily.bateman@navy.mil METHOD OF PROPOSAL SUBMISSION: DO NOT use the "submit bid" button on NECO to submit your proposal. Bids by email are not acceptable. Please submit bids via fax at 207-438-1251, ATTENTION Emily Bateman, or through mail to: POINT OF CONTACT: Emily Bateman, Code 530.EB Bldg. 153, 6th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, cage code, DUNS number, TIN (Tax Identification Number), and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PNH/N0018912QPB26/listing.html)
 
Record
SN02831340-W 20120810/120809000332-14c514975a087daaf2d3170b4c2361d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.